CoLP Mounted Section - Cost Consultant

A Addendum Notice
by THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

Source
Find a Tender
Type
Contract (Services)
Duration
2.5 year
Value
£150K
Sector
CONSTRUCTION
Published
05 Feb 2026
Delivery
30 Apr 2026 to 30 Oct 2028
Deadline
05 Mar 2026 12:00

Related Terms

Location

Geochart for 1 buyers and 0 suppliers

Description

52 Aldgate High Street has been identified as a key site for the relocation and development of the Mounted Unit’s facilities. The plan involves combining the vacant plot at 52 Aldgate with the neighbouring properties at 50-51 Aldgate High Street to create a unified and functional space. Located in the City of London, this development aims to provide a practical and well-integrated solution to support the Mounted Unit’s operational needs. The project is currently in the initial feasibility and site assessment phase. 52 Aldgate presents a highly suitable location for the Mounted Unit due to a combination of operational, logistical, and strategic advantages. Its central position ensures immediate access to the Square Mile, enabling rapid deployment of officers for ceremonial duties, crowd management, and high-visibility policing. The site benefits from rear access, providing a discreet and practical entry point for day-to-day operations, including the secure movement of horses and equipment. Crucially, there is sufficient space at the rear of the site to accommodate the parking and manoeuvring of the Mounted Unit’s horse box, a key operational requirement. In addition, the site offers enough capacity to consolidate all horse welfare and stabling needs under one roof, improving efficiency and care standards. There is also the potential to build commercial accommodation above the proposed stables; this is subject to feasibility and viability testing but raises the possibility of raising income, subject to market response. Together, these factors make 52 Aldgate a rare and strategically valuable opportunity to establish a long-term, purpose-built base for the City of London Police Mounted Unit. At present, significant effort is focused on engaging with Transport for London (TfL), the key stakeholder and landowner, to thoroughly understand the current condition, boundaries, and legal status of the site. This includes a detailed investigation into the complex network of underground utilities and transport services that run beneath and adjacent to the site, which are critical to informing design parameters and mitigating potential risks related to construction. Coordination with the TfL is ongoing to secure accurate mapping, service locations, and any operational constraints that may impact the project timeline and technical approach. This phase is vital for establishing a clear understanding of site-specific challenges and opportunities, ensuring compliance with regulatory requirements, and setting the foundation for successful planning and delivery. Please see full Cost Consultant scope within tender documents.

Award Criteria

Technical Q1. Experience 25% Q2. Team and Resources 20% Q3. Interpretation of Brief 20% Q4. Project Risks 15% Q5. Interview 20% (all suppliers will be invited to an interview on 2nd April 2026)
Responsible Procurement Q1 - Climate Action 40% Q2 - (a) - Social Value PASS/FAIL Q2 - (b) - Social Value 60% See full questions within tender documents.
Price Best (lowest) price receives the maximum score available in this section; the remaining bids receive a score pro rata to the best price using the following calculation: Lowest Net Price = maximumpoints Lowest Net Price --------------------- X maximum points available Bidders Net Price See pricing schedule within tender documents.

CPV Codes

  • 71530000 - Construction consultancy services

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The contracting authority has modified the published tender following a review of participation requirements. The previously stated vetting conditions of participation (NPPV Level 3 and Security Clearance (SC)) have been removed from the procurement and are no longer required at tender stage. Tender documents have been updated accordingly. In light of this change, the procurement timetable has been revised as follows: New tender submission deadline: 5th March 2026 Revised interview date: 2nd April 2026 All other aspects of the procurement remain unchanged. Suppliers should refer to the updated tender documents published

Reference

  • ocds-h6vhtk-060bf8
  • FTS 010340-2026

Domains